← Back to opportunities

Future Hosting and Storage Services (FHAS)

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Buyer Contact Info

Buyer Name: DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Buyer Address: Seacole Building, 2 Marsham Street, London, UKI32, SW1P 4DF, United Kingdom

Contact Name: Gary Hayes and Mamun Islam

Contact Email: gary.hayes@defra.gov.uk

Contact Telephone: 07484681649

Status
active
Procedure
selective
Value
245500000.0 GBP
Gross: 294600000.0 GBP
Published
19 Aug 2025, 12:55
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
72222300 - Information technology services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Defra DDTS (Digital, Data, Technology & Security Services) provides digital services to six organisations within the Defra Group (Authority; Environment Agency; Rural Payments Agency; Animal and Plant Health Agency; Natural England; and Marine Management Organisation), serving locations throughout the UK. Within DDTS resides Group Infrastructure and Operations (GIO), providing critical end-to-end technology services and support to c. 33,000 colleagues across the Defra Group. The Future Hosting and Storage Services (FHAS) will include at its core the following activities: • Data Centre Facilities Management and Site Services (On-Premises). • Cloud Hosting Services o Infrastructure as a Service (IaaS). o Platform as a Service (PaaS). o Software as a Service (SaaS). • Cloud Engineering Services. • Cost Management and Optimisation (FinOps); and • Transformational Services Infrastructure Services • Optional Services The Procurement is being conducted under the Procurement Act 2023, using the Competitive Flexible Procedure (CFP) to provide the optimum outcome for the Authority.

Linked Documents

Select a document to preview.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/049845-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: The Authority will have the right, and the Supplier will have the obligation to perform, the optional services set out in the Descriptive Document and the Services Description in Schedule 2 of the draft contract.

Lot 1 Value: GBP 245,500,000.00

Lot 1 Value (Gross): GBP 294,600,000.00

Lot 1 Contract Start: 2026-08-01T00:00:00+01:00

Lot 1 Contract End: 2031-07-31T23:59:59+01:00

Lot 1 Award Criterion (quality): Potential Suppliers Solution (35%)

Lot 1 Award Criterion (quality): Security Solution (5%)

Lot 1 Award Criterion (quality): Sustainability and Social Value (15%)

Lot 1 Award Criterion (quality): Implementation Services (15%)

Lot 1 Award Criterion (price): Price (30%)

Documents

Document Description: Not published

Document Description: Competitive Flexible Procedure Overview

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PNBD-3289-CDGX",
    "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS"
  },
  "date": "2025-08-19T13:55:40+01:00",
  "id": "049845-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-051e88",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1P 4DF",
        "region": "UKI32",
        "streetAddress": "Seacole Building, 2 Marsham Street"
      },
      "contactPoint": {
        "email": "gary.hayes@defra.gov.uk",
        "name": "Gary Hayes and Mamun Islam",
        "telephone": "07484681649"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://defra-family.force.com/s/Welcome"
      },
      "id": "GB-PPON-PNBD-3289-CDGX",
      "identifier": {
        "id": "PNBD-3289-CDGX",
        "scheme": "GB-PPON"
      },
      "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "amendments": [
      {
        "description": "The supporting document had an incorrect Participation Stage submission date of 2nd September 2025. The Participation Stage submission date is the 4th September 2025.",
        "id": "049845-2025"
      }
    ],
    "awardPeriod": {
      "endDate": "2026-08-01T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "No payment terms in addition to those mentioned in section 68 of the Procurement Act 2023. Full details can be found in Schedule 11 - Charges and Invoicing draft Contract, which can be seen within the Defra Clinked Data Room Service and the Uk Tender Notice documents."
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "description": "The Defra DDTS (Digital, Data, Technology \u0026 Security Services) provides digital services to six organisations within the Defra Group (Authority; Environment Agency; Rural Payments Agency; Animal and Plant Health Agency; Natural England; and Marine Management Organisation), serving locations throughout the UK. Within DDTS resides Group Infrastructure and Operations (GIO), providing critical end-to-end technology services and support to c. 33,000 colleagues across the Defra Group. The Future Hosting and Storage Services (FHAS) will include at its core the following activities: \u2022 Data Centre Facilities Management and Site Services (On-Premises). \u2022 Cloud Hosting Services o Infrastructure as a Service (IaaS). o Platform as a Service (PaaS). o Software as a Service (SaaS). \u2022 Cloud Engineering Services. \u2022 Cost Management and Optimisation (FinOps); and \u2022 Transformational Services Infrastructure Services \u2022 Optional Services The Procurement is being conducted under the Procurement Act 2023, using the Competitive Flexible Procedure (CFP) to provide the optimum outcome for the Authority.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "description": "Competitive Flexible Procedure Overview",
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-4162",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4162"
      },
      {
        "datePublished": "2025-08-19T13:55:40+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "049845-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/049845-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-08-22T12:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-09-04T12:00:00+01:00",
    "id": "C25613",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Information technology services",
            "id": "72222300",
            "scheme": "CPV"
          },
          {
            "description": "Maintenance of information technology equipment",
            "id": "50312610",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Information systems",
            "id": "48810000",
            "scheme": "CPV"
          },
          {
            "description": "Data storage services",
            "id": "72317000",
            "scheme": "CPV"
          },
          {
            "description": "System, storage and content management software development services",
            "id": "72212780",
            "scheme": "CPV"
          },
          {
            "description": "Computer storage units",
            "id": "30233100",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Suppliers scores for Core Services will account for 35% of their final score Technical Score (out of 70%). .Suppliers Solution services submissions will be scored using the following criteria: Quality - 70% Price - 30% Please see the tender documentation for more details.",
              "name": "Potential Suppliers Solution",
              "numbers": [
                {
                  "number": 35.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Suppliers scores for Security Core Services will account for 5% of their final score Technical Score (out of 70%). Suppliers Security Solution services submissions will be scored using the following criteria: Quality - 70% Price - 30% Please see the tender documentation for more details.",
              "name": "Security Solution",
              "numbers": [
                {
                  "number": 5.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Suppliers scores for Sustainability and Social Value (S\u0026SV) will account for 35% of their final score Technical Score (out of 70%). S\u0026SV services submissions will be scored using the following criteria: Quality - 70% Price - 30% Please see the tender documentation for more details.",
              "name": "Sustainability and Social Value",
              "numbers": [
                {
                  "number": 15.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Suppliers scores for Implementation Services will account for 15% of their final score Technical Score (out of 70%). Suppliers Implementation Solution services submissions will be scored using the following criteria: Quality - 70% Price - 30% Please see the tender documentation for more details.",
              "name": "Implementation Services",
              "numbers": [
                {
                  "number": 15.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Price \u2013 30 Total Cost of Solution 22.5% Transformation Scenario \u2013 Data Centre Exit 2.5% Rate Card Scenario \u2013 Blended Cost for Project Services 5%",
              "name": "Price",
              "numbers": [
                {
                  "number": 30.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-07-31T23:59:59+01:00",
          "maxExtentDate": "2033-07-31T23:59:59+01:00",
          "startDate": "2026-08-01T00:00:00+01:00"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "The Authority will have the right, and the Supplier will have the obligation to perform, the optional services set out in the Descriptive Document and the Services Description in Schedule 2 of the draft contract."
        },
        "renewal": {
          "description": "The contract may be extended on the Authority\u0027s option for two further periods, each of twelve months (5+1+1), for a total potential contract duration of seven years."
        },
        "secondStage": {
          "maximumCandidates": 5,
          "minimumCandidates": 3
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "N/A",
              "type": "economic"
            },
            {
              "description": "N/A",
              "type": "technical"
            },
            {
              "description": "As described in Conditions of Participation document.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 245500000.0,
          "amountGross": 294600000.0,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "The Authority requires any Potential Supplier to complete a Non-Disclosure Agreement (NDA) prior to getting access to the full documentation set. In order to request the NDA please email Gary.Hayes@defra.gov.uk and Mamun.Islam@defra.gov.uk using the email title, \u0027FHAS Potential Supplier\u0027. Please include the following information in your email: Company name. Company number. Contact details including email, telephone and preferred person to contact. The Tender will be split into the following high-level stages: Stage One: Requests to Participate and PSQ which will be used to down-select to a range of 3 - 5 Suppliers Stage Two: Invitation to Submit Initial Tender (ISIT) Stage Optional Stage Three: Interim Down Selection ((The Authority may take a minimum of one (1) and a maximum of (5) suppliers through to the next phase of dialogue/negotiations if the interim down-selection is utilised. Further details of the approach used to determine how many Potential Suppliers will progress through to further negotiation will be included in the Invitation to Submit Initial Tenders)). Stage Four: Dialogue and Negotiations Stage Stage Five: Invitation to Submit Final Tender (ISFT) Stage Stage Six: Identification of Preferred Bidder Stage Seven: Standstill and Contract Award Full details of the process and each stage will be detailed in the Conditions of Participation documentation as well as the ISIT documentation. The Authority anticipates that the procedure will include negotiation at Stage Three and Stage Six. Under the PA2023 Section 24, the Authority may refine an award criterion as part of the competitive flexible procedure. It may also, refine the relative importance of the award criteria. Defra will, following the end of negotiations, consider whether it will refine the relative importance of the award criteria by changing the weighting of each criteria within the limits set out in the table below: Award criteria Weighting at Final Tender Range (Percentage Points) Quality 70% - 20% Price 30% + 20% The Authority intends to use Schedule 5, Paragraph 8 of the PA2023."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "submissionMethodDetails": "All submissions must be made using Defra tender portal: https://atamis-9529.my.site.com/s/Welcome",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Future Hosting and Storage Services (FHAS)",
    "value": {
      "amount": 245500000.0,
      "amountGross": 294600000.0,
      "currency": "GBP"
    }
  }
}